Tenders of Dept Of The Army Usa
DEPT OF THE ARMY USA Tender
Others
Corrigendum : Closing Date Modified
United States
**this Amendment Is To Add Clauses, Post Questions And Answers, And Extend The Response Date To 14 May 2025 At 10am Ct.****this Amendment Is To Change The Bid Guarantee And Performance Bonds Requirement From 100% To 20%. All Other Terms Remain The Same.** The Us Army Corps Of Engineers Has A Requirement For A Landing Barge. The Solicitation Number Is W912eq25ba001 And Is Being Issued As An Invitation For Bid (ifb).the Work To Be Performed Under This Contract Consist Of Furnishing All Plant, Materials, Equipment, Supplies, Labor, Transportation, Including Fuel, And Performing All Work As Required In The Constructing This Landing Barge Provided In The Solicitation, In Strict Accordance With The Specifications, Schedule, And Drawings, All Of Which Are Made A Part Thereof, And Including Such Detail Drawings As May Be Furnished By The Contracting Officer During The Prosecution Of The Work. Bids Shall Be Submitted In Accordance With Section L Of The Attached Solicitation. Please Forward All Inquiries Regarding This Solicitation To Ms. Alexandria Duckett At Alexandria.d.duckett@usace.army.mil.
Closing Date14 May 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Custodial Services - New Kensington, Pa (pa067)
Closing Date14 May 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Reed Canary-grass Control On The Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project
Closing Date14 May 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Solid Waste Management
United States
Refuse And Recycling Services For Il177 (multi-site)
Closing Date14 May 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
Corrigendum : Closing Date Modified
United States
***the Purpose Of This Amendment Is To Extend The Response Date To Wednesday 14 May 2025 At 10am Ct.*** ***the Purpose Of This Amendment Is To Extend The Response Date To Monday 28 April 2025 At 10am Ct.*** The U.s. Army Corps Of Engineers, Memphis District Has A Requirement For A Liebherr Crane Block. The Solicitation Number Is W912eq25qa006 And Is Being Issued As A Request For Quote (rfq). This Is A Total Small Business Set-aside Procurement. The Associated Naics Code Is 333923 With A Size Standard Of 1,250 Employees. Response To This Solicitation Must Be Received Via Email By Date And Time Indicated On Solicitation; Regardless Of Method Of Delivery, It Is The Offeror?s Responsibility To Ensure Receipt Of Quote By The Time And Date Stated Therein. This Contract Action Is For Supplies And Services For Which The Government Intends To Solicit For Competitive Quotes Under The Authority Of Far 13.106-1(a). Any Quotation/response Should Be Emailed To: Tommye.b.sepulveda@usace.army.mil By Wednesday; 23 April 2025, At 10:00am Cst. The Government Intends To Pay For This Requirement Using A Government Credit Card So Please Be Sure To Include Any Fees Associated With Receiving Payment Via Credit Card.
Closing Date14 May 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Electronics Equipment...+1Electrical and Electronics
United States
Https://marketplace.unisonglobal.com/fbweb/fbobuydetails.do?token=hoebqvzgf1rjlj1p%2bcx7a4jgqaqlrvkvyaaaaaheaagagtfcgg%2ffzzqqbjaayvxba0or
Closing Date14 May 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Solid Waste Management
United States
Please See Attached Combo
solicitation Number W9127s25q0026 Is Issued As A Request For Quotation (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03.
description Of Requirements For The Services To Be Acquired: This Is A Service Contract To Provide Solid Waste Removal (refuse) Services For The Beaver Lake Project Office, Recreation Parks And Powerhouse At Beaver Dam. Beaver Project
office Is Located At 2260 North Second Street, Rogers, Arkansas. The Beaver Powerhouse Is Located At 774 Dam-site River Rd. Eureka Springs, Ar 72631. The Government Shall Not Exercise Any Supervision Or Control Over The Contract
service Providers Performing The Services Herein. Such Contract Service Providers Shall Be Accountable Solely To The Contractor Who, In-turn Is Responsible To The Government.
place(s) And Date(s) Of Performance:
services Shall Be Performed At Beaver Lake And Dam And Usace Beaver Project Offices In Arkansas.
dates Of Performance Will Be As Follows:
date Of Award - 31 December 2025
1 January 2026- 31 December 2026
1 January 2027- 31 December 2027
1 January 2028- 31 December 2028
1 January 2029- 31 December 2029
Closing Date14 May 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Education And Training Services
United States
Sources Sought Notice
this Is A Sources Sought Notice Only. The U.s. Government Desires To Procure A Stem Leadership Academy In South Carolina From 15-20 June 2025. The Contractor Shall Provide Co-located And Cannot Be Dispersed Instructional Staff, Lodging, And Instructional Facilities For Cadets From Various 4th Brigade Units And Meal/snacks To Feed Cadets During The Five-day Resident Camp On A Small Business Set-aside Basis, Provided Two (2) Or More Qualified Small Businesses Respond To This Notice With Information Sufficient To Support A Set-aside. Be Advised That The U.s. Government Will Not Be Able To Set Aside This Requirement If Two (2) Or More Small Businesses Do Not Respond With Information To Support The Set-aside. We Encourage All Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), To Identify Their Capabilities In Meeting The Requirement At A Fair Market Price.
this Notice Is Issued Solely For Information And Planning Purposes – It Does Not Constitute A Request For Quote (rfq)/invitation For Bid (ifb)/request For Proposal (rfp) Or A Promise To Issue An Rfq, Ifb Or Rfp In The Future. This Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The U.s. Government Is Not Seeking Quotes, Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Notice. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. Submittals Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfq Or Ifb Or Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Government Wide Point Of Entry (gpe). It Is The Responsibility Of Potential Offerors To Monitor The Gpe For Additional Information Pertaining To This Requirement. The Anticipated Naics Code Is611310 Colleges, Universities, And Professional Schools. The Size Standard Is $34.5m
attached Is The Draft Performance Work Statement (pws) The Contractor Shall Provide Meal Service, Lodging, Transportation, Facility Usage, Stem And Flight Program Instructions, And Labor In Accordance With The Terms, Conditions And Specifications Set Forth In The Draft Performance Work Statement. The Contractor Shall Perform To The Standards In This Contract.
responses To This Notice Shall Be E-mailed To The Contract Specialist, Bryce L. Medley At Bryce.l.medley.civ@army.mil No Later Than 06 May 2025 At 11am. Et (fort Knox Local Time).
limitations On Subcontracting And Nonmanufacturer Rule Do Not Apply To Small Business Set-asides For Contracts At Or Below The Simplified Acquisition Threshold (sat). It Does Apply To 8(a), Hubzone, Sdvosb, Edwosb, And Wosb Set-asides Regardless Of The Dollar Value Of The Award.
small Business Contractors Awarded Contracts Above The Sat Are Required To Comply With Federal Acquisition Regulation (far) 52.219-14, Limitations On Subcontracting When Utilizing Subcontractors. The Penalty For Non-compliance Is The Greater Of (a) $500k Or (b) The Dollar Amount Expended, In Excess Of Permitted Levels.
see Far 52.219-14 - Limitations On Subcontracting For Small Business.
all Wosb Firms Need To Take Action In Beta.certify.sba.gov In Order To Compete For Wosb Federal Contracting Program Set-aside Contracts.
in Response To This Notice, Please Provide:
1. Name Of The Firm, Point Of Contact, Phone Number, Email Address, Duns Number, Cage Code, A Statement Regarding Small Business Status (including Small Business Type(s)/certifications(s) Such As Sdb, 8(a), Hubzone, Sdvosb, Wosb, Etc.) And The Corresponding Naics Code.
2. Identify Whether Your Firm Is Interested In Competing For This Requirement As A Prime Contractor Or Not. Identify Subcontracting, Joint Ventures Or Teaming Arrangement That Will Be Pursued, If Any.
3. Information In Sufficient Detail Regarding Previous Experience (indicate Whether As A Prime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity, Timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination.
4. Information To Help Determine If The Requirement Is Commercially Available, Including Pricing Information, Basis For The Pricing Information (e.g., Market Pricing, Catalog Pricing), Delivery Schedules, Customary Terms And Conditions, Warranties, Etc.
5. Identify How The Army Can Best Structure These Contract Requirements To Facilitate Competition By And Among Small Business Concerns.
6. Identify Any Condition Or Action That May Be Having The Effect Of Unnecessarily Restricting Competition With Respect To This Acquisition. Please Contact The Micc Advocate For Competition, Scott Kukes, At Scott.d.kukes.civ@army.mil Or 520-944-7373, If You Believe That This Action Is Unreasonably Restricting Competition. Include The Subject Of The Acquisition, This Announcement, And The Micc Poc Information From The Sam.gov Notice. Provide The Specific Aspects That Unreasonably Restrict Competition And The Rationale For Such Conclusion.
7. Recommendations To Improve The Approach/specifications/draft Pws To Acquiring The Identified Items/services.
Closing Date6 May 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
United States
Mcalester Army Ammunition Plant Has Issued A Request For Inverted Steam Bucket Traps (see Posted Solicitation For Additional Requirements.) Fob Destination - Mcalester Army Ammunition Plant, Mcalester, Ok. This Solicitation Will Be Issued Via The Internet At Https//www.sam.gov And Will Close 05/06/2025 At 10:00 Am Central Daylight Savings Time.
salient Characteristics Must Be Met And Submitted With Detail: Must Be Submitted With Quote To Be Considered. Must Be Sam Registered And Active. Quotes Are To Be Sent On Signed And Filled In Solicitation, With Any Needed Certification Or Specifications Verified To Casey.p.pratt.civ@army.mil. Questions Or Any Needed Additional Information Must Be Submitted No Later Than 72 Hours Prior To Solicitation Close Date/time And Should Be E¬mailed Directly To Casey.p.pratt.civ@army.mil. Do Not Fax.
any Changes To The Solicitation Shall Also Be Posted To This Web Site And It Is The Contractor's Responsibility To Check Site Daily For Any Posted Changes. All Contractors Who Provide Goods/services To The Dod Must Have A Current Active Registration At System For Award Management (sam) - Https://www.sam.gov
Closing Date6 May 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Security and Emergency Services
Corrigendum : Closing Date Modified
United States
Fire Pump Inspection And Isolation
contractor Shall Perform A Visual Inspection Of The Fire Pump(s), Including But Not Limited To:
pump Casing For Signs Of Leaks, Cracks, Or Corrosion
pump Shaft And Bearings For Signs Of Wear Or Damage
suction And Discharge Valves For Proper Operation
pressure Gauges And Flow Switches For Proper Function
contractor Shall Isolate The Fire Pump(s) From The Fire Suppression System, Ensuring The System Remains Operational Through Backup Or Temporary Means During The Work.
contractor Shall Obtain Client Approval Before Proceeding With Any Work.
seal And Solenoid Replacement
contractor Shall Replace The Following Components On Each Fire Pump:
all Mechanical Seals
all Solenoid Valves
contractor Shall Use Only New, Manufacturer-recommended Replacement Parts.
contractor Shall Clean And Inspect All Mating Surfaces Before Installing New Seals And Solenoids.
contractor Shall Follow Manufacturer Specifications And Industry Best Practices For Installation And Torquing Procedures.
clean Up And Demobilization
after Replacing The Seals And Solenoids, The Contractor Shall Reinstate The Fire Pump(s) Into The Fire Suppression System.
contractor Shall Perform A Comprehensive Test Of The Fire Pump(s) And Associated Systems, Including But Not Limited To:
flow Tests To Verify Pump Performance
pressure Tests To Verify System Integrity
alarm And Control System Functionality
contractor Shall Record And Submit All Test Results To The Client For Review And Approval.
amendment 1 - Question Asked To Add Photo's Of Fire Pump Data Plate, Mechanical Seals And Solenoids. Photo's Added As Attachment #1
amendment #2 - Due Date Is Being Changed To 6 May 2025, A Site Visit Is Being Scheduled For Next Week. If You Would Like To Participate In Site Visit Contact; Kristopher Kahle - Kristopher.kahle@us.af.mil For Date And Time. The Attached Eal (attachment #2) Form Will Need To Be Completed And Returned Prior To Visit In Order To Be Allowed On Base.
site Visit:
29 Apr 2025
217 Dell Range Blvd
cheyenne, Wy 82009
question:the Provided Images Include The Fire Pump And Its Data Plate, As Well As Some Pictures Of The Solenoids; However, The Images Do Not Clearly Show What The Solenoids Are Connected To. Based On The Available Information, We Are Assuming These Are Solenoids For The Fire Pump Controllers.
answer:these Solenoids Are For The Pre-action System.
Closing Date6 May 2025
Tender AmountRefer Documents
5971-5980 of 6023 archived Tenders